KENYA MARINE AND FISHERIES RESEARCH INSTITUTE
Transcript of KENYA MARINE AND FISHERIES RESEARCH INSTITUTE
KENYA MARINE AND FISHERIES RESEARCH INSTITUTE
P.O BOX 81651-80100, MOMBASA.
SILOS ROAD, ENGLISH POINT - MKOMANI
TEL: +254-20-2353904 OR +254-20-8041560/1/ +254 020 8021560/1TEL: +254 41
475154 OR +25420 8041560/1, +254 020 8021560/1
EMAIL: [email protected]:www.kmfri.go.ke
___________________________________________________________________________
TENDER NO. KMF/HQS/19/2020-2021 – RE-ADVERTISEMENT OF REQUEST
FOR TENDER FOR THE PROVISION OF CAFETERIA/ HOTEL SERVICES AT
KMFRI HEADQUARTERS CANTEEN – TWO YEARS CONTRACT (RESERVED
FOR WOMEN)
___________________________________________________________________________
COMPANY /FIRM…………………………………………………………………………..
CLOSING/OPENING DATE; WEDNESDAY, 15TH MARCH, 2021 AT 10.00 AM
1
KENYA MARINE AND FISHERIES RESEARCH INSTITUTE
TENDER NO. KMF/HQS/19/2020-2021 –RE-ADVERTISEMENT OF TENDER FOR
THE CAFETERIA/ HOTEL SERVICES AT KMFRI HEADQUARTERS CANTEEN
– TWO YEARS CONTRACT (RESERVED FOR WOMEN)
Kenya Marine and Fisheries Research Institute (KMFRI) is a research body established within
the provision of Science and Technology Act (1979) Cap 250 charged with the responsibility to
undertake research in Marine and freshwater fisheries, aquaculture, environmental and
ecological studies and marine research including chemical and physical oceanography, in order
to provide scientific data and information for sustainable exploitation, management and
conservation of Kenya’s fisheries resources and aquatic environment and contribute to National
strategies towards food security, poverty alleviation, and creation of employment.
The Director KMFRI invites tenders for supply of goods from eligible bidders for a two years
period from the date when the contract is signed.
This Tender is reserved only to Women and they are expected to attach a valid copy of
AGPO Certificate. .
a. Interested firms may obtain tenders documents from the office of the Head of Procurement
Function at KMFRI Headquarters located at English Point Mkomani in Mombasa during
normal working office hours (Monday–Friday) upon payment of a non-refundable fee of
Kshs 1,000/= (One thousand Shillings only) for the document only payable to the KMFRI
Cashier in Mombasa. The document can also be viewed and downloaded from the website
www.kmfri.go.ke at no fee.
b. Duly Completed tender Document should be in plain sealed envelope clearly indicating
respective “Tender Title and Reference Number”& should be addressed to:-
The Director, Kenya Marine and Fisheries Research Institute,
East African Time: 0900 to 1500 hours.Silos Road, English Point – Mkomani,
MOMBASA. Email: [email protected]: +254-20-
2353904 or +254-20-8041560/1/ +254 020 8021560/1Tel: +254 41 475154
or +25420 8041560/1, +254 020 8021560/1
OR be deposited into the Tender Box mounted at the entrance of the supplies office of Kenya
Marine and Fisheries Research Institute situated at English point MOSC Wing, Mkomani,
Mombasa on or before 15TH MARCH, 2021 AT 10.00am
Tender opening shall be done on 15TH MARCH, 2021 AT 10am, in the Institute’s
Auditorium MOSC Wing
Qualifications requirements include:
a) Certificate(s) of incorporation
b) Valid tax compliance certificate
c) Site visit is mandatory
d) Criteria as shown in SECTION IV
INVITATION LETTER
DATE: 26TH FEBRUARY, 2021.
TENDER REF. NO: TENDER NO. KMF/HQS/19/2020-2021
TENDER NAME: RE-ADVERTISEMENT OF TENDER FOR THE PROVISION OF
CAFETERIA/ HOTEL SERVICES AT KMFRI HEADQUARTERS
CANTEEN – TWO YEAR TENDER (RESERVED FOR WOMEN).
1.1 KMFRI invites sealed applications from eligible and interested candidates for a two years’ tender for the
provision of canteen services– Reserved to Women
This document includes a questionnaire to be completed and returned and be supported by the requisite
documents from eligible and competent bidders. All statutory requirements are compulsory.
.
1.2 Detailed tender documents may be obtained REFER TO PAGE 4 ABOVE for details.
1.3 Duly filled tender documents in plain sealed envelopes, clearly marked:
RE-ADVERTISEMENT FOR TENDER FOR THE PROVISION OF
CAFETERIA/ HOTEL SERVICES AT KMFRI HEADQUARTERS
CANTEEN – TWO YEAR CONTRACT (RESERVED FOR WOMEN)
And marking each “ORIGINAL” and “COPY” should be deposited into the Tender Box mounted at the entrance
of the supplies office of Kenya Marine and Fisheries Research Institute situated at English point MOSC Wing,
Mkomani, Mombasa or be addressed and posted to:
The Director,
Kenya Marine and Fisheries Research Institute,
Silos Road, English Point – Mkomani,
MOMBASA.
ON or BEFORE, 15TH MARCH, 2021 AT 10.00AM internet time. Bids submitted later than this date and time shall be rejected and returned unopened.
Opening of the submitted Tender documents will take place immediately thereafter at Kenya Marine and
Fisheries Research Institute’s Auditorium in the presence of bidders/their representatives who may wish to
attend.
Kenya Marine & Fisheries Research Institute reserves the right to accept or reject any tendering whole or part and
does not bind itself to accept the lowest or any offer
Chief Officer, Supply Chain Management
For: DIRECTOR/KMFRI 26th February 2021
GENERAL INFORMATION:
INTRODUCTION
1. Eligible applicant
1.1 This invitation for supplier registration application is open to all suppliers and
manufacturers eligible as described in the application documents.
1.2 Applicants should not have been debarred in participating in the public procurement
process as per the Public Procurement and Disposal Act (2015).
1.3 Applicants shall bear all costs associated with the submission of their applications and
Kenya Marine and Fisheries Research Institute will in no case be liable for such costs,
regardless of the conduct or outcome of the process.
1.4 The applicant shall furnish, as part of his/her application, documents establishing their
eligibility to apply and qualifications to perform the contract if is accepted.
1.5 The documentary evidence of the applicant qualification to perform the contract if the
application for registration is accepted shall establish to the Institution’s satisfaction.
a) That in the case of an applicant offering goods which the applicant do not manufacture or otherwise produce, the applicant has been duly authorized by the goods’ manufacturer or producer to supply them.
b) That the applicant has financial, technical and production capability necessary to perform the contract.
c) That the applicant has an established physical and postal address for ease of contact and he/she is licensed by the Kenyan Government to trade in the category applied for.
d) That the applicant is willing to do business with Kenya Marine and Fisheries Research Institute and shall allow credit facilities and acceptable trade terms.
2. GOODS ELIGIBILITY AND CONFORMITY
2.1 The applicant shall furnish as part of this application, documents establishing the
eligibility and conformity to the application of all goods that the applicant proposes to
supply if accepted.
2.2 The documentary evidence of the eligibility to supply goods and service shall consist of
a price schedule, brochures, catalogues of the goods and services offered which in some
cases shall be confirmed by a certificate of origin issued at the time of shipment.
3. SUBMISSION OF APPLICATION
3.1 Validity of Tenders
3.1.1 Tenders shall remain valid for 150 days from the date when the tender is opened. A tender valid for a shorter period shall be rejected by the Procuring entity as nonresponsive.
3.1.2 In exceptional circumstances, the Procuring entity may solicit the Tenderer’s consent to an extension of the period of validity. The request and the responses thereto shall be made in writing.
3.2 Format and Signing of Tender
3.2.1 The tenderer shall prepare two copies of the tender, clearly / marking each “ORIGINAL” and “COPY,” as appropriate. In the event of any discrepancy between
them, the original shall govern.
3.2.2 The original and all copies of the tender shall be typed or written in indelible ink and
shall be signed by the tenderer or a person or persons duly authorized to bind the tenderer to the contract. All pages of the tender, except for un amended printed literature, shall
be initialed by the person or persons signing the tender.
3.2.3 The tender shall have no interlineations, erasures, or overwriting except as necessary to correct errors made by the tenderer, in which case such corrections shall be initialed by
the person or persons signing the tender.
3.3 Sealing and Marking of Tenders
3.3.1 The tenderer shall seal the original and each copy of the tender in separate envelopes, duly marking the envelopes as “ORIGINAL” and “COPY.” The envelopes shall then be sealed in an outer envelope.
3.3.2 The inner and outer envelopes shall:
(a) be addressed to the Procuring entity at the address given in the invitation to tender
(b) Bear, tender number and name in the invitation to tender and the words: “DO NOT OPEN BEFORE 15TH MARCH, 2021 AT 10.00am’’.
3.3.3 The inner envelopes shall also indicate the name and address of the tenderer to enable the tender to be returned unopened in case it is declared “late”.
3.3.4 If the outer envelope is not sealed and marked as required by paragraph 3.3.2 the Procuring entity will assume no responsibility for the tender’s misplacement or premature opening.
3.4 Applications must be received by the Institution at the address, date and time specified
on the invitation for the tender.
3.5 The Institution may at its discretion, extend this deadline by amending the application
documents as per regulations governing amendments of tender documents in which case
all rights and obligations of both the Institution and applicants previously subject to the
initial deadline will thereafter be subject to the deadlines as extended.
6
4. MODIFICATION AND WITHDRAWAL OF APPLICATION
4.1 The applicant may modify or withdraw his/her application after submission, provided
that written notice of modification, including substitution or withdrawal of the
application is received by the Institution prior to the deadline prescribed for submission
of applications.
4.2 The applicant’s modification or withdrawal notice shall be prepared, sealed, marked and
dispatched as specified earlier. Withdrawal notice may also be sent by cable, but
followed by signed confirmation copy, post marked not later than the deadline for
submission of the application.
4.3 No application may be withdrawn in the interval between the deadline for submission
of the application and expiration of the period of application validity specified on the
application form.
5. OPENING AND EVALUATION OF APPLICATIONS
5.1Opening
The Institution will open all the applications in the presence of applicant’s
representatives who choose to attend in the designated place as per invitation to .
Applicant’s representatives who choose to witness the opening shall sign a register
evidencing their attendance.
5.2 The applicant’s names, modifications or withdrawals and other details the Institution
considers appropriate will be announced at the opening.
5.3 The Institution will prepare minutes of the opening.
6. CLARIFICATION OF APPLICATION
6.1 To assist in the examination, evaluation and comparison of applications, the Institution
may at its discretion ask the applicant for clarification of his/her application. The request
for clarification and the response shall be in writing and no change in the substance of
the application shall be sought, offered, or permitted.
6.2 Any effort by the applicant to influence the Institution during evaluation, application
comparison or acceptance decision making may result in rejection of the applicant’s
application.
CLARIFICATION OF APPLICATION ON CONTENTS OF BIDDING DOCUMENTS
For Clarification of bid purposes only, the Client’s address is:
Attention: Director– Kenya Marine & Fisheries Research Institute,
Address: Silos Road, English Point – Mkomani.
Telephone: +254-72 037 4726
Electronic mail address: [email protected]
7
7. EXAMINATION FOR ACCEPTANCE
7.1 Prior to the detailed evaluation, the Institution will determine the substantial,
responsiveness of each application document. A substantially responsive application is
one which conforms to all the terms and conditions without material deviations. The
Institution’s determination of applicants’ responsiveness will be based on the content of
the application without re-course to extrinsic evidence.
7.2 If an application is not substantially responsive, it will be rejected by the Institution and
may not subsequently be made responsive by applicant through correcting the non-
conformity.
8. EVALUATION AND COMPARISON OF APPLICATIONS
8.1 The Institution will only evaluate and compare applications that have been determined
to be substantially responsive.
SECTION IV – EVALUATION CRITERIA
All applicants for Tender are requested to submit the below listed requirements without which they shall
be disqualified (which shall be used during Preliminary Examination to determine responsiveness):-
TO BE PROVIDED BY CLIENT
No ITEMS BEING PROVIDED REMARKS
1. Canteen Furniture (Chairs & Tables) In-case of damages the vendor will
compensate the Client (KMFRI) 2. Canteen Utensils
The following Evaluation criteria will be used: -
S/No Evaluation Attribute Remarks
1 The applicant must have valid and current License/ permit from
the County Government Mandatory
2 That applicant must have Public Health Certificate from
government hospital Mandatory
3 Water and Power bills must be installed and paid by the vendor Mandatory Requirement
4 The Bidder Must quote what they will be paying monthly to
KMFRI Mandatory to the FORM H –
Schedules Of Requirements
5 Applicants to fill the tender security declaration form as provided
in the Annex I of this document Mandatory
6
The applicant must fill a declaration form confirming that they
have never engaged in any corrupt practices and has never been
debarred from participating ( Forms attached in the annexes) Mandatory
7
The canteen operator must have 2 years’ experience in the hotel
industry (proof to be provided) proof to be provided
8
Must have certificate in hotel management or food and beverage or
hospitality or to be a nutritionist Mandatory
9
Applicant should ensure his/her staff working in the canteen must
undergo medical examination and issued with medical certificate
to handle and serve food Technical requirement
10 The applicant to include the proposed rent bill they so wish to pay
to KMFRI for the Canteen. Technical requirement
11 Must be ready to comply with KMFRI terms of contract YES/NO
SCORE
S/NO REQUIRED INFORMATION FORM REF. SCORE
1 documents Form A 20
2 submission Form B 15
3 Confidential Business Questionnaire Form C 15
4 Financial position Form D 15
5 Curriculum Vitae Form E 10
6 Firms Referees Form F 15
7 Credit Facility Form G 10
TOTAL 100
NOTE:
1. Kindly note that evaluation will be based on the above mentioned requirements. Firms
that attain a pass mark of 70% shall be considered for financial evaluation. 2. The mandatory requirements must be met in order to qualify for the technical evaluation.
9
8.2 The Institution’s evaluation of an application will also take into account the eligibility
of the applicant and the evaluation criteria as attached.
9 SPECIAL CONDITIONS OF CONTRACT 9.1 Special conditions of contract as relates to the GCC
SPECIAL CONDITIONS OF CONTRACT
Delivery of goods and services if awarded the contract The tenderers shall make delivery to KMFRI-HQS MSA.
Goods must be accompanied by Delivery Note(s)/ Packing List and Invoices.
The Local Purchase Order number must be indicated on Delivery
Note(s).Packaging and Invoices.
10. CORRUPT FRAUDULENT PRACTICES
10.1 The Institution requires that applicants observe the highest standard of ethics during
the procurement process. In pursuance of this policy the Institution:-
a) Defines for the purpose of this provision, the terms set forth below as follows:- i. “Corrupt practice” means the offering, giving, receiving or soliciting of
anything of value to influence the action of a Institution official in the procurement process or in contract execution including acceptance of this
application. ii. “fraudulent practice” means a misrepresentation of facts in order to
influence a procurement process or execution of a contract to the
detriment of the Institution and includes collusive practice among
suppliers (prior to or after application submission) designed to establish
item prices at artificial non-competitive levels and to deprive the
Institution of the benefit of free and open competition.
b) Will reject a proposal for award if it determines that the applicant recommended for award (acceptance) has engaged in corrupt or fraudulent practices in competing for the application in question’.
c) Will declare an applicant ineligible, either indefinitely or for a period of time and blacklist them for award of any Institution contract if at any time it is determined that the applicant has engaged in corrupt or fraudulent practices.
11. STANDARD FORMS
These Forms shall include:
a) Form A – Documents
b) Form B – Submission
10
c) Form C - Confidential Business Questionnaire
d) Form D - Financial Position.
e) Form E -Format of Curriculum Vitae (CV) for Proposed Staff (One Technical
Staff.)
f) Form F – Firm’s References ( to be filled by Three Referees, three forms are
attached)
g) Form G - Credit Facility Declaration
h) Form H – Schedule of Requirements
11
FORM A: TENDER DOCUMENTS (ALL THESE ARE MANDATORY, AND FAILURE TO ATTACH ANY OF THEM
WILL LEAD TO AN AUTOMATIC DISQUALIFICATION)
The following are requirements for any company, individuals who wish to operate KMFRI
staff canteen KMFRI Headquarters premises:
1. The applicant must have valid and current License/ permit from the County
Government.
2. That applicant must have Public Health Certificate from government hospital.
3. The applicant must have Letter of Good Conduct.
4. The applicant must fill the forms attached in annex (Tender security declaration form,
debarment form and declaration that the firm has not engaged in any corruption
activity)
5. The canteen operator must have 4 years’ experience in the hotel industry.
6. Must have certificate in hotel management or food and beverage or hospitality or to be
a nutritionist.
7. Applicant should ensure his/her staff working in the canteen must undergo medical
examination and issued with medical certificate to handle and serve food.
8. The applicant to include the proposed rent, bill they so wish to pay to KMFRI for the
Canteen.
9. Must be ready to comply with KMFRI terms of contract
10. Site visit mandatory
NOTE: Expired Documents are deemed NOT-ATTACHED
FORM B: /TENDER SUBMISSION
Date ______________
To: [name and address of procuring entity]
Gentlemen and/or Ladies:
We, the undersigned, submit our form for __________________________
_________________________________________________________ in accordance with (Title of bid)
Requested for No_______________________________________________
(Tender No) Dated ____________________________ and our Proposal. We are hereby submitting our
Prequalified documents which include the following attachments;
Our Price list as submitted by as shall be binding upon us up to expiration of validity period
specified in the instruction to candidate. We undertake that if our application is acceptable we
will deliver goods/services in accordance with the delivery schedule as requirement or official
an order signed by authorized officer(s) of the Institution.
We understand that you are not bound to accept the lowest bid or any tender you may receive.
We remain
Yours Sincerely
Duly authorized to sign for and on behalf of ………………………………………………….
Name and title of signature and stamp …………………………………………………………
Name of Applicant’s company………………………………………………………………….
Address…………………………………………………………………………………………
In presence of Witness name and signature…………………………………………………….
Date………………………………………….
FORM C:CONFIDENTIAL BUSINESS QUESTIONNAIRE -
You are requested to give the particulars indicated:
You are advised that it is a serious offence to give false information on this form
PART 1 – GENERAL
a) Business Name ……………………………………………………………………..
b) Location of business premises County//Town ……………………………………..
c) Street / Road………………………………………………………………………...
d) Building…………………………………………………………………………….
e) Plot Number ………………………………………………………………………..
f) Postal Address …………………………….. Telephone No. ……………………..
g) Email Address…………………………………………………………………….
h) Nature of Business ………………………… And Specialization………………….
i) Current Single business permit/Trade License
No. ………………………….Expiring Date.……………………..…… (Attach copy)
j) Certificate of Incorporation…………………………………….. (Attach copy)
k) Current Tax Compliance Certificate/ or Exemption letter from VAT Dep’t
No…………………………… Expiring Date .…………………………(Attach copy)
l) Maximum Value of Business which you can handle at any one time Kshs………..
m) Name of your Bankers ………………………………………. Branch ………........
n) Your trade terms (including mode of payment, credit allowed and discount)
………………………………………………………………………………………
o) Banker Certificate on the applicants liquidity, suitability and credit limitation
……………………………………………………………………………….........
p) Name and Telephone of contact person
……………………………………………………………………………………
q) Any other …………………………………………………………………………..
………………………………………………………………………………………
PART 2 (A) – SOLE PROPRIETORS
a) Your name in full …………………………………………. Age …………………
b) Nationality …………………………………… Country of Origin ………………..
Citizenship details ………………………………………………………………….
PART 2 (B) – PARTNERSHIP
Give details of partners as follows:-
NAME NATIONALITY SHARES
1. …………………………………. …………………………………… ………………
2. …………………………………. …………………………………… ………………
3. ………………………………… ……………………………………. ………………
4. ……………………………….…………………………………….. ………………
PART 2(C) REGISTERED COMPANY
a) Private or Public …………………………………………….. State the nominal and
Issued capital of the company:-
Nominal Kshs. …………………………………………..
Issued Kshs. …………………………………………….
b) Details of Directors:
NAME NATIONALITY SHARES
1. …………………………………. …………………………………… ………………
2. …………………………………. …………………………………… ………………
3. …………………………………. …………………………………… ………………
4. …………………………………. …………………………………… ………………
If Kenyan Citizen, indicate under “Citizenship Details” whether by birth, naturalization or
registration.
FORM D: FINANCIAL POSITION
Attach a copy of firm’s latest three years certified audited financial statements, three months
bank statement, giving summary of assets and liabilities, income and expenditure, cash flow
statement.
FORM E: FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED STAFF -
(Qualifications and experience of ONE TECHNICAL STAFF proposed for
administration and execution of the contract, both on and off site)
Proposed Position: _______________________________________________________
Name of Staff: ___________________________________________________________
Profession: _____________________________________________________________
Date of Birth: ___________________________________________________________
Years with Firm: _______________________ Nationality: ________________________
Membership in Professional Societies: ________________________________________
Detailed Tasks Assigned: ________________________________________________
Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations].
Education:_________________________________________________________________ [Summarize college/university and other specialized education of staff member, giving names of schools, dates attended and degree[s] obtained.]
Employment Record:________________________________________________________ [Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments.]
Certification: I, the undersigned, certify that these data correctly describe me, my qualifications, and my experience. Full name of staff member: __________________________________________________
[Signature of staff member]:__________________________________________________
Contact (Mobile) number: ____________________________________________________
Date: ___________________________
Full name of authorized representative: _______________________________________
[Signature of authorized representative of the firm]: _______________________________
Contact (Mobile) number: ____________________________________________________
Date: ______________________________________
FORM F:FIRM’S REFERENCES –– REFEREE THREE 3
Relevant Services carried out in the last three Years that Best Illustrate Qualifications.
Relevant projects done with Public Institution for the last three years would be an
added advantage. Minimum required referees are three (3).
(MUST ATTACH EVIDENCE e.g LOCAL PURCHASE ORDER, AWARD LETTER)
1. i) Name of 1st client (Organization)………………………………….……………
ii) Address of Client (Organization)……………………………………………………..
iii) Name of contact person at the client (Organization)………………………………
iv) Telephone No. of Client……………………………………..……………………….
v) Value of contract………………………………………………………………………
vi) Duration of contract (date)…………………………………….……………………..
2. (i) Name of 2nd client (Organization)……………………………………………..
(ii) Address of client (Organization……………………………………………………
(iii) Name of contact person at the client (Organization……………………….……
(iv) Telephone No. of Client……………………………………………………………
(v) Value of contract…………………………………………………………………….
(vi) Duration of contract (Date)…………………………………………………………
3.i) Name of 3rd Client (Organization)………………………………………………….
ii) Address of Client (Organization)………………………….…………………………
iii) Telephone No. of Client……………………………………………………………..
iv) Name of contact person at the client (Organization)……………………………..
v) Value of contract……………………………………………………………………….
vi) Duration of contract (Date)…………………………………………….………………
FORM G:CREDIT FACILITY DECLARATION FORM-
Will you offer credit to the Institution if awarded the tender?
(Please tick (√) appropriately)
………… ………….
YES NO
If yes please indicate number of credit days…………………………………………………
DECLARATION
Having studied the Tender information for the above exercise, I/we hereby state that the information furnished in our application is accurate to the best of our knowledge.
Name ……………………………………………………………………………………
For and on behalf of……………………………………………………………………
Position…………………………………………………………………………………
Sign……………………………………….. Stamp………………………………….
FORM H – SCHEDULES OF REQUIREMENTS
1. TENDER NO. KMFRI/HQS/19/2020-2021 – RE-ADVERTISEMENT FOR
TENDER AND TENDERS FOR PROVISION OF CAFETERIA/ HOTEL
SERVICES AT KMFRI HEADQUARTERS CANTEEN – TWO YEAR
CONTRACT (RESERVED FOR WOMEN)
S/No ITEM/SERVICES
Quote for the monthly rent payable to KMFRI for the canteen DESCRIPTION/DETAILS
1.
Please quote for the monthly rent you
would wish to pay to KMFRI for the
canteen on a monthly basis. Please not
that you will be required to install your
power and water meter separately.
N/B: Kindly note that those who are responsive in the preliminary and technical evaluation shall
be considered for the financial evaluation where the HIGHEST bidder with the highest quoted
rent shall be considered for the award
ANNEX I
TENDER-SECURING DECLARATION FORM
The Bidder shall complete this Form in accordance with the instructions indicated] Date: [insert
date (as day, month and year) of Tender Submission] Tender No.: KMF/HQs/2020-2021 To:
KENYA MARINE AND FISHERIES RESEARCH INSTITUTE
I/We, the undersigned, declare that:
1. I/We understand that, according to your conditions, bids must be supported by a Tender-
Securing Declaration.
2. I/We accept that I/we will automatically be suspended from being eligible for tendering in
any contract with the Purchaser for the period of time of [insert number of months or years]
starting on [insert date], if we are in breach of our obligation(s) under the bid conditions,
because we – (a) have withdrawn our tender during the period of tender validity specified
by us in the Tendering Data Sheet; or (b) having been notified of the acceptance of our Bid
by the Purchaser during the period of bid validity, (i) fail or refuse to execute the Contract,
if required, or (ii) fail or refuse to furnish the Performance Security, in accordance with the
instructions to tenders.
3. I/We understand that this Tender Securing Declaration shall expire if we are not the
successful Tenderer(s), upon the earlier of: (a) our receipt of a copy of your notification of
the name of the successful Tenderer; or (b) thirty days after the expiration of our Tender.
4. I/We understand that if I am/we are/in a Joint Venture, the Tender Securing Declaration
must be in the name of the Joint Venture that submits the bid, and the Joint Venture has
not been legally constituted at the time of bidding, the Tender Securing Declaration shall
be in the names of all future partners as named in the letter of intent.
Signed:……………………………………………………………………..………..
Capacity / title (director or partner or sole proprietor, etc.) ……….………………. Name:
………………………………………………………………………………….. Duly
authorized to sign the bid for and on behalf of: [insert complete name of Tenderer] Dated
on …………………. day of ……………., ……. [Insert date of signing
Bidder’s Official Stamp
ANNEX II
SELF DECLARATION THAT THE PERSON/TENDERER IS NOT DEBARRED IN THE
MATTER OF THE PUBLIC PROCUREMENT AND ASSET DISPOSAL ACT 2015.
I, ……………………………………., of Post Office Box …….………………………. being a
resident of ………………………………….. in the Republic of ……………………………. do
hereby make a statement as follows:-
1. THAT I am the Company Secretary/ Chief Executive/Managing Director/Principal
Officer/Director of ………....……………………………….. (insert name of the
Company) who is a Bidder in respect of Tender No. ………………….. for
……………………..(insert tender title/description) for ……………………..( insert name
of the Procuring entity) and duly authorized and competent to make this statement.
2. THAT the aforesaid Bidder, its Directors and subcontractors have not been debarred from
participating in procurement proceeding under Part IV of the Act.
3. THAT what is deponed to hereinabove is true to the best of my knowledge, information
and belief.
……………………………. ……………………………….. ……………………………
Title Signature Date
Bidder’s Official Stamp
ANNEX 2
FORM SD2
SELF DECLARATION FORMS
SELF DECLARATION THAT THE PERSON/TENDERER WILL NOT ENGAGE IN ANY CORRUPT OR
FRAUDULENT PRACTICE. I, …………………………………….of P. O. Box ………………………. being a resident
of ………………………………….. in the Republic of ……………….. do hereby make a statement as follows:
1. THAT I am the Chief Executive/Managing Director/Principal Officer/Director of ………....
………………………… (insert name of the Company) who is a Bidder in respect of Tender No.
KMF/HQs/19/2020-2021 for the provision of canteen/ Hotel services for Kenya Marine
and Fisheries Research Institute and duly authorized and competent to make this
statement.
2. THAT the aforesaid Bidder, its servants and/or agents /subcontractors will not engage in
any corrupt or fraudulent practice and has not been requested to pay any inducement to
any member of the Board, Management, Staff and/or employees and/or agents of the
Kenya Marine and Fisheries Research Institute which is the procuring entity.
3. THAT the aforesaid Bidder, its servants and/or agents /subcontractors have not offered
any inducement to any member of the Board, Management, Staff and/or employees
and/or agents of Kenya Marine and Fisheries Research Institute
4. THAT the aforesaid Bidder will not engage /has not engaged in any corrosive practice with
other bidders participating in the subject tender
5. THAT what is deponed to hereinabove is true to the best of my knowledge information
and belief.
………………………………… ………………………… ………………………
Title Signature Date
Bidder’s Official Stamp